Housing Repair Line Item Data – API
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Individual Assistance, Service Delivery Branch (SDB) has issued a Request for Information (RFI) for Housing Repair Line Item Data – API. This RFI seeks industry input on solutions to convert FEMA's Housing Repair dataset into an Application Programming Interface (API) protocol, utilizing R.S. Means branded data. The objective is to establish accurate repair costs for disaster survivors. Responses are due by March 05, 2026, at 11:00 AM EST.
Purpose & Scope
FEMA is conducting market research to identify sources capable of providing construction cost estimating software that uses R.S. Means branded data. The primary goal is to develop an API that provides unit costs for home repair components across all phases of residential construction. This API will support FEMA in determining financial assistance for disaster survivors following Presidential Declarations. The RFI also indicates an intent to procure R.S. Means CostWorks data under a brand name specification, citing its unique and proprietary nature to avoid interoperability issues.
RFI Response Requirements
Respondents must submit their information electronically to Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov. The email subject line must be "RFI Response for (FEMA Individual Assistance (IA), Service Delivery Branch (SDB) - Consolidated Construction Cost Estimating Software (RS Means licenses)". Responses should be in Microsoft Word or Adobe Acrobat format, limited to 15 pages (excluding cover page), and include:
- A Cover Page with company details (Name, Address, UEI, POC, Business Size, GSA Schedule info).
- A Contractor Capability Statement (max 4 pages).
- Responses to 17 detailed questions covering data coverage, cost estimation methodology, infrastructure types, licensing, scalability, pricing, and government contracting vehicles (max 6 pages).
Future Contract Details
The anticipated future contract, if awarded, will have a four-month period of performance from the date of award. The place of performance will be the contractor's facilities. Key deliverables include the Line-Item Dataset via API protocol (due 12 weeks after award) and Section 508 compliant Information and Communications Technology (ICT) deliverables. A designated Project Manager will be required.
Important Notes
This is an RFI for information and planning purposes only and does not constitute a solicitation or commitment to contract. The Government will not pay for any costs incurred in responding. Respondents should identify any proprietary information and potential organizational conflicts of interest. The relevant NAICS code is 513210 (Software Publishers) and PSC is 7A21 (Business Application Software).